Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SPECIAL NOTICE

H -- Environmental testing services to be completed in accordance with MIL STD SlOG.

Notice Date
2/7/2011
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91A2K02869010
 
Archive Date
5/8/2011
 
Point of Contact
Ryan P. Colgan, 508-233-5286
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(ryan.p.colgan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND: The FAR permits 'other than full and open competition' in certain circumstances. The following FAR Statutory Authorities pennit 'other than full and open competition: FAR 13. I06-I (b)( I)(b) Solicitingfrom a single source. (I) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand name, or industrial mobilization). INSTRUCTIONS: To request 'other than full and open competition' the requestor must complete the items on this sheet. Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. I) FAR Statutory Authority cited: 13.106-I(b)(J) only one responsible source and no other supplies or services will satisfy agency requirements. RFP conducted in June 2010 for environmental testing services. The only quote that could satisfy all requirements while allowing for a suitable test item size was from NTS Tempe. 2) Nature and description oflhe supplies or services required to meet the agency's needs: Environmental testing services to be completed in accordance with MIL STD SlOG. The methods include 500.5 Low Pressure (Altitude) Procedure 1,501.5 High Temperature - Procedure I (cyclic), 502.5 Low Temperature - Procedure I (7 days), 503.5 Temperature Shock, 504.1 Contamination by Fluids, 505.5 Solar Radiation (Sunshine) Procedure 1,505.5 (Sunshine) Procedure 2, 506.5 Rain, 507.5 Humidity, 50S.6 Fungus, 509.5 Salt Fog, 510.5 Dust, 510.5 Sand, 512.5 Immersion, 513.6 Acceleration, 514.6 Vibration, Procedure I, Category 9, 60 minutes per axis, 516.6 Shock, Procedure 1, 20g 1lms, 517.1 Pyroshock, beamshock, 10,000g, 10,000 Hz, 520.3, Temperature, Humidity, Vibration, and Altitude, 52 1.3 IcingfFreezing Rain, up to I Omm, 524 Freezeffhaw Procedure 2, 526 Rail impact (simulated), and 528 Mechanical Vibrations of Shipboard Equipment (Type J - Environmental and Type II Internally Excited). A data report with photos is also required. Test item size must be at least 10" x 24" x IS". 3) A demonstration that the proposed contractor is the only SOUTce available to provide these services or goods (i.e.unique qualifications, proprietary rights, etc.): Besides responding meeting all the requirements with a single facility, NTS Tempe is one of the few companies left in the nation that can perfonn Method 510.5 Sand and Dust testing due to heightened envirorunental concerns and requirements. Due to the desert environment in which the systems will be operating, this test is especially important. 4) A description of the market research that was conducted and the results, or a statement of the reason a market research was not conducted: Page 1 of 3 Market research was conducted via an RFI issued in 2008. An RFP was issued in June20 10. With no responses to the RFP, quotes were solicited from some vendors who responded to the RFI. 5) Any other facts supporting the use of other than fu ll and open competition: We have used the services ofNTS Tempe in Ihe past and forged a good working relationship. Being able to conduct all required testing at one facility that provides excellent reports saves the Govemmenttime and money. 6. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army RDECOM Contracting Center, Natick Contracting Division via e-mail to: ryan.p.colgan@us.army.mil no later than 14:00 Noon (EST) on February 11, 2010. Contracting Office Address: RDECOM Contracting Center - Natick CCRD-NA-SY, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Ryan colgan, Contract Specialist (508) 233-6186 ryan.p.colgan@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b1c50140612521b30ddd3aeff127978)
 
Record
SN02374524-W 20110209/110207234258-2b1c50140612521b30ddd3aeff127978 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.